Window Treatment Products and Related Services
ID: 030ADV25R0021Type: Combined Synopsis/Solicitation
Overview

Buyer

LIBRARY OF CONGRESSLIBRARY OF CONGRESSCONTRACTS SERVICESWashington, DC, 20540, USA

NAICS

Window Treatment Retailers (449122)

PSC

DRAPERIES, AWNINGS, AND SHADES (7230)
Timeline
    Description

    The Library of Congress is seeking proposals for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract for window treatment products and related services. The procurement involves the supply and installation of various window treatments, including operable floor-to-ceiling sheer drapes made from inherently fire-retardant fabric, compliant with NFPA 701 standards, across multiple Library facilities. This initiative is crucial for maintaining the aesthetic and functional integrity of the Library's spaces while ensuring compliance with safety regulations. Interested vendors must submit their proposals by April 21, 2025, at 1:00 PM EST, and can contact Melinda Dawson at mdawson@loc.gov or David Leonard at dleonard@loc.gov for further information.

    Point(s) of Contact
    Melinda Dawson
    mdawson@loc.gov
    David Leonard
    dleonard@loc.gov
    Files
    Title
    Posted
    The document outlines a solicitation for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract from the Library of Congress, specifically for the provision of window treatments and related services. The contractor will be responsible for supplying and installing various window treatment products, including draperies, blinds, and shades, across multiple Library facilities. Key responsibilities include managing task orders, ensuring compliance with specifications and safety standards, and performing necessary repair and cleaning services for existing installations. The contract requires adherence to security protocols for accessing Library premises, and contractors must provide safety data sheets for used chemicals. The delivery of products must align with strict logistics and security procedures, and the contractor must possess relevant experience and quality certifications for installation and project management. Additionally, the contract specifies conditions for evaluating contractor performance and managing key personnel involved in the project. This initiative aligns with government procurement processes by emphasizing qualified service providers and stringent operational compliance within government facilities.
    The document outlines a federal Request for Proposals (RFP) for a Window Treatment Indefinite Delivery Indefinite Quantity (IDIQ) contract. It includes details regarding labor categories, rates across five years, and requirements for pricing based on task orders. Offerors must submit price lists with applicable discounts for various product lines, such as window treatments and hardware. Two task orders are specified, detailing item descriptions, costs, and stipulations against travel cost reimbursements. Labor categories and rates are structured for both regular business hours and after-hours work. This document is essential for vendors interested in bidding on federal contracts related to window treatment installation and service, aiming to ensure competitive pricing and clarity in labor costs for the potential federal client. The overall purpose is to establish a framework for managing and pricing tasks associated with window treatment installations and services over the duration of the contract.
    The document outlines the specifications and requirements for a project to replace window treatments in the Conference Room of the Library of Congress. The project, managed by the Office of the Chief Operating Officer, involves the removal of existing drapes and installation of new operable floor-to-ceiling drapes and a valance, made from inherently fire-retardant fabric compliant with NFPA 701 standards. Detailed requirements include the drapes' size, material, fullness, and operational options. The contractor must ensure the products are delivered and installed within a 60-day timeframe, coordinating closely with the Library's Contracting Officer’s Representative (COR). Installation services stipulate a thorough review of materials before installation, proper dismantling procedures, cleanliness standards post-installation, and adherence to safety regulations throughout the process. A kick-off meeting is required to establish project plans. This task order highlights federal procurement procedures, emphasizing compliance and operational efficiency within public sector renovations.
    The Statement of Work (SOW) for Task Order #2 details the replacement of window treatments at the Library of Congress. The project, managed by the Office of the Chief Operating Officer, requires the installation of operable floor-to-ceiling sheer drapes made from inherently fire-retardant fabric that meets NFPA 701 standards. The contractor is responsible for all site measurements, delivery, installation, and ensuring compliance with safety regulations throughout the process. Key tasks include dismantling existing window treatments, coordinating delivery with the Contracting Officer's Representative (COR), and adhering to specified installation guidelines. The installation will take place during after-hours to minimize disruption. The period of performance is set for 60 days from the task order award, with detailed scheduling and coordination outlined for all phases of the project. Overall, this SOW emphasizes the importance of compliance with design standards, site safety, and effective communication between stakeholders.
    The U.S. Department of Labor's Wage Determination No. 2015-4281 outlines wage rates and conditions for contracts subject to the Service Contract Act (SCA) in the District of Columbia, Maryland, and Virginia. Contracts entered into or renewed after January 30, 2022, require a minimum wage of $17.20 per hour under Executive Order 14026, while contracts awarded between January 1, 2015, and January 29, 2022, must adhere to a minimum wage of $12.90 per hour as per Executive Order 13658. The document details wage rates for various occupations, including administrative support, automotive service, health occupations, and many others, alongside corresponding fringe benefits. Furthermore, it specifies requirements for paid sick leave and covers health and welfare benefits. The file also provides a process for adding unlisted job classifications under the wage determination. Overall, this document serves to ensure compliance with federal labor standards and worker protections within government contracts, indicative of the federal government's commitment to fair labor practices.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    IT Operational Support Services IDIQ
    Library Of Congress
    The Library of Congress is soliciting proposals for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract for IT Operational Support Services, aimed at providing comprehensive support for the operation and maintenance of IT systems. This contract will encompass a wide range of IT services, including network support, database management, and cloud operations, with a focus on compliance with federal IT security standards and the Library’s Systems Development Life Cycle (SDLC). The contract has a minimum value of $10,000 per task order and a maximum aggregate value of $150,000,000 over a five-year period, from May 1, 2026, to April 30, 2031. Interested parties should review the attached solicitation for detailed requirements and submit their proposals by the specified deadlines, with inquiries directed to Tiffany Lucas at tluc@loc.gov or Stephanie Boone at sboone@loc.gov.
    Braille Music Transcription and Proofreading
    Library Of Congress
    The Library of Congress is seeking proposals for a Multiple-Award Indefinite Delivery/Indefinite Quantity (IDIQ) contract for Braille Music Transcription and Proofreading services. The contract aims to procure services for transcribing printed and electronic sheet music into braille and proofreading existing digital braille music files against hardcopy originals, ensuring compliance with established braille standards. This initiative is crucial for providing accessible music materials to individuals who are blind or visually impaired, thereby enhancing their access to educational and cultural resources. Proposals are due by January 7, 2026, with a maximum contract value of $250,000 and a minimum guarantee of $1,000 for each awardee. Interested vendors can contact James Robinson at jarobinson@loc.gov or Brenda Kinlay at bkinlay@loc.gov for further information.
    Library of Congress Food Service Operations
    Library Of Congress
    The Library of Congress is seeking proposals for comprehensive food service operations at its Capitol Hill buildings in Washington, DC, through an unrestricted contract. The contractor will be responsible for managing various food service facilities, including cafes and cafeterias, catering to approximately 1.9 million annual visitors and 3,300 staff members, while adhering to strict operational and sustainability standards. This procurement is significant as it operates under the Randolph-Sheppard Act, prioritizing blind vendors for cafeteria operations, and requires the contractor to maintain a profit and loss structure with a 1.5% commission reserve for the Library's food services. Interested vendors should contact David Leonard at dleonard@loc.gov, with the contract period spanning from March 31, 2026, to March 30, 2041, including a base period and four option periods.
    Exhibition Design Services
    Library Of Congress
    The Library of Congress is seeking an experienced exhibit design firm to provide creative design services for the upcoming exhibition titled "Inside the Creative Process" at the newly opened Treasures Gallery in Washington, D.C. The selected contractor will be responsible for developing design concepts, layouts, and promotional materials for the exhibition, which will feature approximately 120 high-value original objects, adhering to museum-quality, conservation, and security standards. This opportunity is critical for showcasing the Library's treasures and ensuring an engaging visitor experience, with the exhibition scheduled to open in October 2027 and the contract period extending from February 2026 to January 2028. Interested firms should contact Olexiy Levchuk at olevchuk@loc.gov or Moji Adejuwon at moad@loc.gov for further details, and must submit their proposals by the specified deadlines, including a Past Performance Questionnaire due by January 5, 2026.
    Enterprise-Wide Managed Print Services
    Library Of Congress
    The Library of Congress is seeking proposals for an Enterprise-Wide Managed Print Services solution to support its Print Management Program. This procurement includes the lease and maintenance of production equipment, administrative copiers, and reading room solutions, with a focus on establishing a centralized, secure print management system and providing on-site help desk services. The contract will cover a base period of nine months, starting February 1, 2026, followed by four one-year option periods, and emphasizes efficiency, cost reduction, and enhanced user experience for Library staff and researchers. Interested parties can contact Carrie Fairbanks at cfairbanks@loc.gov or Julia Davis at juhan@loc.gov for further details.
    Process Application Development IDIQ
    Library Of Congress
    The Library of Congress is seeking qualified contractors for an Indefinite Delivery Indefinite Quantity (IDIQ) contract focused on Process Application Development services. The primary objective is to license, maintain, configure, and support a cloud-based business management platform that integrates approximately 38 existing applications, with the current system being OpenText's Solutions Business Manager Software (SBM). This procurement is crucial for ensuring the Library's operational efficiency and compliance with federal IT security directives, as it aims to enhance service delivery across various business areas. Interested contractors should review the solicitation documents and submit their proposals by the specified deadlines, with a contract value estimated between $200,000 and $20 million over the five-year period, which may be extended for an additional five years. For further inquiries, potential offerors can contact Stefanie Fitte at sfitte@loc.gov or Cristina Vega at crvega@loc.gov.
    Retail Shop A&E Quality Assurance - Library of Congress
    Library Of Congress
    The Library of Congress is seeking contractor support for Architecture, Engineering, and Quality Assurance services related to the preparation, fabrication, and installation of a new Retail Shop as part of its Visitor Experience Master Plan. The contractor will be responsible for issuing Architect’s Supplemental Instructions, conducting site visits for quality assurance, reviewing submittals and inspection reports, and facilitating quality assurance meetings, among other tasks. This project is critical for enhancing visitor engagement and experience within the Thomas Jefferson Building. Interested parties can contact Colleen Daly at cdaly@loc.gov or Michael F. Schuman at mschuman@loc.gov for further details, as the procurement is justified for a specific vendor, Bergmann Associates, due to their unique familiarity with the project.
    Film Preservation Lab Equipment Maintenance - Library of Congress
    Library Of Congress
    The Library of Congress is seeking contractor support for the maintenance and repair of film preservation equipment at the National Audiovisual Conservation Center (NAVCC) in Culpeper, Virginia. The procurement involves an Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract that encompasses annual preventative maintenance, ad hoc repairs, emergency services, remote support, and spare parts for both historical and contemporary film equipment. This contract is crucial for ensuring the operational integrity of the Library's film preservation efforts, with a minimum obligation of $1,000 and a maximum of $150,000 over a base period of five years. Interested contractors must provide qualified technicians with at least five years of relevant experience and submit their responses by January 9, 2026, at 5:00 PM Eastern Time; questions regarding the solicitation are due by December 16, 2025.
    Binding Services for Publications and Pecha Box Manufacturing – LOC New Delhi
    State, Department Of
    The U.S. Department of State, through the American Embassy in New Delhi, is seeking proposals for binding services for publications and the manufacture of Pecha boxes for the Library of Congress – New Delhi Office. This procurement aims to establish an Indefinite-Delivery Indefinite-Quantity contract that includes a base year and four one-year options, focusing on the production of periodicals, monographs, and Pecha boxes, with an emphasis on quality and timely delivery. Interested vendors must submit their proposals electronically by 5:00 P.M. IST on January 6, 2026, and are required to register in the System for Award Management (SAM) prior to submission. For inquiries, vendors should use the provided Vendor Questions Template and direct their questions to Jaya Vedi at vedij@state.gov by December 13, 2025.
    FADGI Open Source Software Development and Maintenance for AudioVisual Content
    Library Of Congress
    The Library of Congress is soliciting proposals for a firm-fixed-price contract to provide development and maintenance for two open-source software tools, BWF MetaEdit and FFmpeg, as part of the Federal Agencies Digital Guideline Initiative (FADGI) Audio-Visual Working Group. The contract aims to enhance features, troubleshoot issues, and update documentation for these tools, which are critical for ensuring content authenticity, accessibility, and support for various audiovisual file formats. This opportunity is significant for federal agencies involved in digital media preservation and compliance with established guidelines. Interested contractors should note that the period of performance is from February 3, 2026, to February 2, 2028, and are encouraged to contact Veronica Price at vprice@loc.gov or 202-374-3046 for further details.